FIBER OPTIC ENGINEER & PROJECT MANAGER

Size: px
Start display at page:

Download "FIBER OPTIC ENGINEER & PROJECT MANAGER"

Transcription

1 REQUEST FOR PROPOSAL FIBER OPTIC ENGINEER & PROJECT MANAGER TOWN OF LONGMEADOW MASSACHUSETTS July 2,

2 LEGAL NOTICE: REQUEST FOR PROPOSAL (RFP) FIBER OPTIC ENGINEER & PROJECT MANAGER TOWN OF LONGMEADOW, MASSACHUSETTS The Town of Longmeadow is accepting proposals from qualified consultants to serve as the engineer and owner s project manager for all aspects of planning and implementation of a fiber optic network. Proposal packets are available from Chad Thompson, Procurement Manager at the Town of Longmeadow, 735 Longmeadow Street, Suite 101, Longmeadow, MA, 01106, Phone: Proposal documents can also be obtained online at select Department from the toolbar, them Purchasing, then select the link labeled Bid & RFP Finder. Select RFP document with the following title RFP: Fiber Optic Engineer. Proposers are encouraged to register with Chad Thompson to get on the bid list. Others that do not register with Chad Thompson will be responsible for monitoring the website for the issuance of updates and addenda. Separately labeled and sealed Technical and Price proposals will be accepted at the same address until the proposal deadline of Monday, July 16, 2012 at 12:00pm noon. The outer envelope of the proposal submission should be labeled with the proposers complete contact information followed by RFP-Fiber Optic Engineer & Project Manager- Technical Proposal for the technical proposal content, and RFP-Fiber Optic Engineer & Project Manager- Price Proposal for the price proposal content. Late proposals will be rejected. Immediately following the proposal deadline, proposals received will be publicly logged in the Community House Auditorium at the same address listed. This is a public works design service contract. The Town of Longmeadow, acting through the Town Manager, the Awarding Authority reserves the right to reject any or all proposals, waive minor informalities, and to award in the best interest of the Town. 2

3 REQUEST FOR PROPOSAL (RFP) FIBER OPTIC ENGINEER & PROJECT MANAGER TOWN OF LONGMEADOW, MASSACHUSETTS INDEX: LEGAL NOTICE I. PROJECT PARAMETERS II. III. IV. SCOPE OF WORK REQUEST FOR PROPOSAL INSTRUCTIONS PROPOSAL EVALUATION V. SELECTION PROCEDURE VI. VII. GENERAL AND SPECIAL PROVISIONS SAMPLE CONTRACT VIII. PROPOSAL SUBMISSION FORMS Technical Proposal- Proposal Submission Form (3 pages) Price Proposal- Proposal Submission Form (1 page) 3

4 I. PROJECT PARAMETERS The Town of Longmeadow, MA, is accepting proposals from engineers qualified and experienced to provide fiber optic engineering and project management experiences for the construction of a fiber optic network. The present fiber optic system is leased and has insufficient capacity to serve town and school operations. This fiber optic project would enable to town to OWN the system which would reflect in a long term savings in operating expenses. II. SCOPE OF WORK Scope of Work: -Serve as the engineer and owner s project manager for all aspects of planning and implementation of the fiber network to connect the listed locations in the conceptual design. -Work directly with Verizon to submit all required pole applications and manage the process to ensure timely response by Verizon engineering services, propose alternative routes as required. -Work with CCGS/Baypath/FiberTech directly to facilitate connection to Springfield POP and acquisition of Internet Bandwidth provider. -Complete final proposed design based on Verizon engineering. -Completion of all applicable permits as required. -Assistance with technical specifications for procurement bidding of any needed pole attachments, trenching, conduit, fiber install, splicing and termination. The engineer will work with the Town of Longmeadow Purchasing Department to develop bid specifications for fiber optic construction. The Town will facilitate the bidding process. The proposed time line is as follows: -Fiber optic engineer and project manager award Award by July 30, 2012 or sooner -Complete final proposed design based on Verizon November 1, 2012 engineering and permitting. Start of Bidding Phase -Fiber optic construction phase start December Fiber optic required construction completion June 30, 2013 Budget: At the Annual Town Meeting for fiscal year 2013, the Town authorized $440,000 for the construction of a town-owned fiber optic network. This is the amount to cover all engineering, project management, construction and all related work associated with the fiber optic network and construction. The present fiber optic system is leased and has insufficient capacity to serve town and school operations. This fiber optic project would enable to town to OWN the system which would reflect in a long term savings in operating expenses. Diagrams and Fiber Optic Route Analysis: -Reference the conceptual design which has the proposed route information, map, and location with estimated feet of fiber per route location. The information is provided on the following pages. 4

5 Legend: -Blue Line: Existing College Fiber -Orange Line: Proposed Town Fiber Routes -Orange dot: Splice location -Green Line: Existing Fibertech Fiber 5

6 DPW Proposed Conceptual Design Fiber Network Schematic Baypath College Blueberry Hill Library Town Offices Phase 1 Williams Middle School LHS Phase 1 Williams St Splice Phase 1 Center School Glenwood School Senior Cents. Wolf Swamp School 6

7 LOCATION ADDRESS ENTRANCE POLE # Fiber Route FT Phase 1: Fiber Routes: Town Offices I Comm. House 20 Williams St. VZ Pole on Williams 200 Williams Middle School 410 Williams St. VZ # 10 Woolworth St. 900 Lonqmeadow High School 127 Grassy Gutter Rd. to Williams Street 700 Williams Street Build 7000 Splice closure or Handhole $500 4 Splices (in "splicer days") $2,500 4 Connectorization $25 50 FTPs $500 3 Engineerinq and Proiect Mgmt Baypath Connection Phase 1 Total Phase 2: Public Library 693 Longmeadow St. Underground 100 Greenwood (Senior) Center 231 Maple Rd. VZ #22 Maple Rd Center School 837 Lonqmeadow St. Underqround 300 Wolf Swamp School 62 Wolf Swamp Rd. VZ #3 Wolf Swamp Rd. 300 Glenbrook Middle School 110 Cambridge Circle Property edge 500 Blueberry Hill School 275 Blueberry Hill Rd. VZ #4 Blueberry Hill Rd. 300 Street Builds: Maple/Hazardvilie Build 7000 Merriweather Drive Build 5500 Longmeadow St Build 2000 HS to Bluberry Build 2000 Library to DPW 5500 Unit Cost Splice closure or Handhole $500 3 Splice~n "splicer days") $2,500 3 Connectorization $ FTPs $500 6 Engineering and Project Mgmt Phase 2 Total 7

8 III. REQUEST FOR PROPOSAL INSTRUCTIONS Proposal Instruction The requirements set forth in these RFP Instructions shall become an integral part of a subsequent contractual arrangement. Receipt of Proposals RFP Proposals should be submitted to the Town of Longmeadow, Attn: Chad Thompson- Procurement Manager, 735 Longmeadow Street, Suite 101, Longmeadow, MA until the proposal deadline of Monday, July 16, 2012 at 12:00 pm noon. Late proposals will be rejected. Immediately following the proposal deadline, all proposals will be publicly logged at the same address in the Community House Auditorium. Marking of Envelopes Deliver proposals no later than Monday, July 16, 2012 by 12:00pm noon addressed to: Town of Longmeadow Attn: Chad Thompson-Procurement Manager 735 Longmeadow Street, Suite 101 Longmeadow, MA Postmarks will not be considered. It is the sole responsibility of the applicant to be sure that the proposal arrives on time. Proposals should be clearly marked RFP: FIBER OPTIC ENGINEER AND PROJECT MANAGER. The firms Name & Address should also be on the envelope. Within the delivered envelope, separate sealed envelopes should be submitted for the technical and price proposal: Technical Proposal: The technical proposal envelope should be marked with the consultant s NAME & ADDRESS followed by RFP: FIBER OPTIC ENGINEER AND PROJECT MANAGER, TECHNICAL PROPOSAL. Include three (3) copies of the technical proposal, and one (1) electronic copy (CD, or USB flash drive) The Technical Proposal format shall include: - Completed Technical Proposal Submission Forms. - Project Team: Provide brief resume(s) of Key Personnel or Engineer to be assigned to Longmeadow. Including reference to Massachusetts licenses and registrations/certifications and other requirements for fiber optic engineering in Massachusetts. - Fiber Optic Experience: Provide a list of fiber optic construction projects completed by the proposer. Include the engineers name, description of the project, and complete contact information so the Town can perform reference checks and confirm experience. - Project Approach: Describe the respondent s approach to providing the level and nature of services required as evidenced by proposed project staffing for the Longmeadow Fiber Optic engineering and project management services. Address project management systems, effective information management and approaches taken to resolve issues that impact time and cost related to fiber optic construction and project management. 8

9 Price Proposal: The price proposal should be marked with the consultant s NAME & ADDRESS followed by. RFP: FIBER OPTIC ENGINEER AND PROJECT MANAGER, PRICE PROPOSAL Include three (3) copies of the price proposal. The Price Proposal shall include: - Completed Price Proposal Submission Forms All the technical proposals will first be reviewed and evaluated. Following the technical proposal evaluation, the price proposals will be opened and reviewed. Proposal Form All proposals shall be received and evaluated in conformance with the requirements of Applicable Law. The Price Proposal must include a rate schedule with the hourly billable rates of staff/employees. The price proposal submission form should be included with the Price Proposal. The Procurement Manager and the Evaluation Committee will determine whether Technical Proposals meet the Minimum Requirements criterion. Proposals that do not meet the minimum criteria will be eliminated from further evaluation and award consideration. Each proposal shall complete the attached minimum evaluation criteria form and address the minimum requirements in their Technical Proposal. Interpretation of Contract Documents & Addendum Failure of any proposer to receive any such addendum or interpretation shall not relieve any proposer from any obligation under their submission. All addenda as issued shall become part of the contract document. RFP documents and issued addenda will be posted to the Purchasing Department page found on the town website no later than 2 days before the proposal deadline. Questions The deadline for the receipt of any questions is 120 hours (5 days) before the proposal deadline. No questions will be answered after the deadline for questions. All questions shall be submitted to Chad Thompson in writing at cthompson@longmeadow.org, fax: Modification of Proposals A proposer may correct or modify a proposal by written notice received by the awarding authority prior to the receipt deadline. Modifications must be submitted in a sealed envelope clearly labeled Modification to RFP: Fiber Optic Engineer. The name and address should also be documented on the envelope. After the receipt deadline, a proposer may not change any provision of the proposal. Minor informalities will be waived or the proposer will be allowed to correct them. If there is a mistake and the intent is clearly evident on the face of the document the mistake will be corrected to reflect the intended correct proposal, and the proposer will be notified in writing; the proposer may not withdraw the proposal. A proposer may withdraw a proposal if a mistake is clearly evident on the face of the document, but the intended correct proposal is not similarly evident. 9

10 Withdrawal of Proposals Proposals may be withdrawn prior to the time of receipt of proposals, only on written request to the awarding authority. No proposer shall withdraw their proposal within a period of sixty (60) days after the date set for the receipt of proposals. Unexpected Closures If at the time of the scheduled receipt deadline, the Longmeadow Community House (735 Longmeadow Street) is closed due to uncontrolled events such as fire, snow, ice, wind, building evacuation, etc. the receipt of proposals will be postponed to the next normal business day at the time posted in the request for proposals. Licensing The contractor shall possess and comply with all required and necessary licenses as may be specified by Federal, State and/or Local authorities, related to the delivery of services referred to in this RFP. Insurance Coverage Prior to the commencement of any work activity, the contractor shall deposit certificates from insurers clearly stating that the insurance policies required in the following paragraphs have been issued to the contractor. The certificate must be in a form satisfactory to the Town. Liability policies shall name the Town of Longmeadow as an additional insured. Worker s Compensation The contractor shall, before commencing the contract, provide by insurance for the payment of compensation, professional liability, and the furnishing of other benefits under Chapter 152 of the General Laws to all persons employed under the contract, and shall continue such insurance in force and effect during the term thereof. Statutory limits shall apply. Comprehensive General Liability Insurance The Contractor shall be responsible to the Town or any third party for any property damage or bodily injury caused by it, any of its subcontractors, employees or agents in the performance of, or as a result of, the work under this Agreement. The Contractor and any subcontractors used hereby certify that they are insured for workers compensation, property damage, personal and product liability. The Contractor and any subcontractor it uses shall purchase, furnish copies of, and maintain in full force and effect insurance policies in the amounts here indicated. General Liability Bodily Injury Liability: $1,000,000 per occurrence Property Damage Liability $1,000,000 per occurrence (or combined single limit) $1,000,000 per occurrence Automobile Liability Bodily Injury Liability: Property Damage Liability (or combined single limit) $1,000,000 per occurrence $1,000,000 per occurrence $1,000,000 per occurrence Workers Compensation Insurance Coverage for all employees in accordance with Massachusetts General Laws Prior to commencement of any work under this Agreement, the Contractor shall provide the Town with Certificates of Insurance which include the Town as an additional named insured and which include a thirty day notice of cancellation to the Town. Estimates and Payments The contractor may once in each month make an estimate in writing of the total amount of the work done to the time of such estimate and the value thereof. No such estimate or payment shall be required to be made when, in the judgment of the Town, the work is not proceeding in accordance with the provisions 10

11 or expectations of this contract. Final payment will not be released until the full completion of the project and all contract terms and obligations are complete. IV. PROPOSAL EVALUATION Minimum Requirements: Proposals received from those who do not meet the following Minimum Requirements will be rejected: 1. The proposed engineer and engineering firm shall have experience completing at minimum one fiber optic construction project where they provided both engineering and project management services. 2. The proposed engineer and engineering firm shall have experience working with Verizon and their engineering department with the fiber optic application process to complete at minimum one fiber optic construction project. Comparative Evaluation Criteria: Only those that meet all Minimum Requirement criteria will be considered for further evaluation and consideration for contract award. Those that meet the Minimum Requirements will be evaluated and scored on the following Evaluation Criteria. Each category will be assigned a point rating based on the evaluation of the committee which will be between 1 and 3 points: 1. The proposed engineer and engineering firm has provided fiber optic engineering and fiber optic project management services on the completion of the following number of fiber optic construction projects: a. Three or more fiber optic construction projects (3 points) b. Two fiber optic construction projects (2 points) c. One fiber optic construction project (1 point) 2. The proposed engineer and engineering firm have experience working with Verizon engineering and have completed the following number of fiber option construction projects through Verizon specifically. a. Three or more (3 points) b. Two (2 points) c. One (1 point) 3. The proposed engineer and engineering firm has documented experience provided fiber optic engineering and fiber optic project management services for the following number of completed years: a. Five or more years (3 points) b. Three to four years (2 points) c. Less than three years (1 point) 4. The designated engineer proposed to be assigned to Longmeadow has a regional proximity to be on site upon short notice or as required for construction oversight and review. The engineer has a proximity to Longmeadow that is within the following number of miles: a. Less than fifty miles (3 points) b. Between fifty and one hundred miles (2 points) c. More than one hundred miles (1 point) 11

12 V. SELECTION PROCEDURES Proposals will be evaluated by the Evaluation Committee. Proposals will first be evaluated for Minimum Requirements. Proposal submissions that meet the Minimum Requirements will be evaluated on Comparative Criteria. The Evaluation Committee will complete the Comparative Criteria evaluation and as part of the evaluation may perform reference checks and confirm experience documented in the proposal. Once the Technical Proposal evaluation is complete, the Price Proposals received will be opened and evaluated. The price proposal will ultimately play a factor in determining the contract award. The contract award will be awarded the proposer who has the highest ranking Technical Proposal and Price Proposal that is deemed to be in the best interest of the Town taking into consideration the Technical Proposal and the Price proposal evaluation based on the recommendation of the Evaluation Committee and the Awarding Authority. VI. GENERAL AND SPECIAL PROVISIONS 1. The Town reserves the right to cancel this Request for Proposal, or to accept or reject any and all proposals, waive informalities, & to award contracts in the best public interest of the Town. 2. All proposals received become the property of the Town of Longmeadow. 3. The firm selected shall be expected to comply with all applicable federal and state laws in the performance of services. 4. The consideration of all proposals and subsequent selection of an architectural firm shall be made without regard to race, color, sex, age, handicap, religion, political affiliation, or national origin. 5. The successful firm shall adhere to the provisions of the Fair Employment Practices Law of the Commonwealth of Massachusetts (See Gen. Laws c. 151B). 6. The provisions relating to non-discrimination and affirmative action in employment shall flow through all contracts and sub-contracts that the successful firm may award as a result of this contract. 7. Firms and/or individuals preparing proposals may be asked to provide additional information and/or may be requested to make a presentation of their proposal. 8. Proposals must be unconditional. 9. Selection shall be subject to additional discussions and/or negotiations based on proposals received. 12

13 VII: SAMPLE CONTRACT: To be completed by successful Proposer after contract award is announced. TOWN OF LONGMEADOW, MASSACHUSETTS Contract for Designer Services PROJECT TITLE: Fiber Optic Engineering and Project Management Services This AGREEMENT is made under seal the day of July in the year Two Thousand and twelve between the Town of Longmeadow, 20 Williams Street, Longmeadow, MA 01106, by its Town Manager hereinafter, the AWARDING AUTHORITY, and, with an address of acting as the DESIGNER, being the Fiber Optic Engineer and Project Manager for the Longmeadow fiber optic network project. ARTICLE 1: DEFINITION OF TERMS 1.1 GENERAL LAWS -- the General Laws of the Commonwealth of Massachusetts as amended, including any rules, regulations and administrative procedures implementing said laws. 1.2 DESIGNER -- the individual or firm performing professional services under this AGREEMENT. The Designer is herein referred to as the Fiber Optic Engineer and Project Manager. 1.3 PRINCIPALS -- the registered professional Architects or Engineers listed in ARTICLE NOTICE TO PROCEED -- written communication from the Awarding Authority, constituting an essential condition of this AGREEMENT, authorizing the Engineer to perform services for the project phase to which such notice shall relate. The Notice to Proceed shall include the basis for compensation, the fixed limit construction cost, if any, and may include the time of submittal. Subsequent written communications amending the Notice to proceed are required to change either a submittal date or the fixed limit construction cost. Proceeding with various phases of contract work is contingent upon the Awarding Authority or its designees' satisfaction with and acceptance of services performed for each phase. 1.5 SUBMITTAL DATES -- those dates referred to in the Notice to Proceed or any subsequent amendment thereto. 1.6 CONSTRUCTION CONTRACT -- contract for construction of a whole or part of the project, including all change orders. 1.7 TOTAL CONSTRUCTION COST -- the sum of the actual construction contract award price and each authorized change order revising the construction contract award price. The construction contract award price shall be the same as the construction price of the lowest responsible and eligible bidder. 1.8 AWARDING AUTHORITY -- The board, commission, agency or department of the Town having authority to award design and construction contracts in connection with 13

14 the Project. The Awarding Authority for the Town of Longmeadow is the Town Manager. 1.9 PROJECT -- the building project for which designer services have been procured under this AGREEMENT, and which is identified on Page 1 (Project Title). ARTICLE 2: CONSULTANTS, SUBCONTRACTING, SUCCESSORS AND ASSIGNS 2.1 The Designer shall not employ additional consultants, not named in the proposal(s) nor sublet, assign or transfer any part of his services or obligations under this AGREEMENT without the prior approval and written consent of the Awarding Authority. The Awarding Authority shall not unreasonably withhold such approval. Written consent shall not in any way relieve the Designer from his responsibility for the professional and technical accuracy and the coordination of all data, designs, drawings, specifications, estimates and other work or materials furnished. 2.2 Except as otherwise provided in this AGREEMENT or authorized by the Awarding Authority, the Designer shall employ within the basic fee fiber optic engineering, project management services, and other related services for the project. Consultants must be registered in their respective disciplines if registration is required under the applicable General Laws. 2.3 When the Designer receives payment from the Awarding Authority, the Designer shall promptly make payment to each consultant whose work was included in the work for which payment was made by the Town. The Awarding Authority shall have the contractual right, but not the obligation, to require corrective measures necessary for the best interests of the Town. ARTICLE 3: SURVEYS, BORINGS, TESTS, LABORATORIES, PHOTOGRAPHS 3.1 When available and applicable, the Awarding Authority shall furnish to the Designer available surveys of the project building site, showing the grades and lines of streets, pavements and adjoining properties; the rights, restrictions, easements, boundaries and controls of the site, or sites; reports from any borings, test pits, chemical, mechanical or other tests, any photographs and information as to water, sewer, electricity, steam, gas, telephone and other services. 3.2 The Awarding Authority does not guarantee the accuracy of information furnished and the Designer must satisfy himself as to the correctness of data, except in instances where written exception to the contrary is specifically indicated by the Awarding Authority. If the above data are not available or they are in the opinion of the Designer insufficient, the Designer, upon request, may be given authorization to obtain the services of a consultant or perform the work with his own employees. In no case shall the Designer commence such work without prior written authorization of the Awarding Authority. 3.3 During the construction phase of this contract, the Designer may retain the services of a photographer, a qualified testing laboratory, and special field inspectors when required by the project, subject to the prior approval of the Awarding Authority or its designee. 14

15 3.5 Drawings and/or specifications needed to obtain survey or subsoil information, and any other soils engineering shall be prepared by the Designer as part of the basic fee. The Designer shall then analyze and evaluate such surveys and tests and make his design conform to the results of such evaluation. 3.6 The Awarding Authority will compensate and reimburse the Designer as provided in ARTICLE 9 for the cost of consultant services performed under this Article. For responsibility, coordination inspection, analysis and evaluation of consultant services retained under this ARTICLE, the Designer shall similarly be compensated as provided by ARTICLE 9. ARTICLE 4: COMPLIANCE WITH LAWS 4.1 The Designer shall perform the work required under this AGREEMENT in conformity with all requirements and standards of the Awarding Authority, all applicable laws, statutes, ordinances, by-laws, codes, rules and regulations, and executive orders of the Commonwealth and its political subdivisions, and the Federal Government. The Construction Documents shall comply with all applicable laws, statutes, ordinances, by-laws, codes, rules and regulations, and executive orders. The Designer, including all approved consultants and subcontractors, shall comply with all applicable provisions of the rules and regulations of the President's Committee on Equal Employment Opportunity and Procedures promulgated by the Governor of Massachusetts or his designees, insuring equal opportunity for employees and minority and women-owned business enterprises. ARTICLE 5: PROFESSIONAL RESPONSIBILITY 5.1 The Designer shall be responsible for the professional and technical accuracy and the coordination of all designs, drawings, specifications, estimates and other work furnished by him or his consultants and subcontractors. The Designer shall staff his office with sufficient personnel to complete the services required under this contract in a prompt and continuous manner, and shall meet the approval schedule and submittal dates established during the course of this AGREEMENT. The Designer shall commence work under this AGREEMENT upon written notice to proceed issued by the Awarding Authority in conformance with the provisions of Section 1.4 of this AGREEMENT. The Designer shall complete the services required under this AGREEMENT in a prompt and continuous manner, and to meet such time limits as are established during the course of the AGREEMENT and stated in each Notice to Proceed. If the completion of the scope of work is delayed through no fault of the Designer, the time limit may be extended upon written approval of the Awarding Authority. 5.2 The Designer shall furnish appropriate competent professional services for each of the phases to the point where detail checking and reviewing by the Awarding Authority will not be necessary. Any changes, corrections, additions or deletions made by the Awarding Authority shall be incorporated in the design of the Project 15

16 unless detailed objections thereto are received from the Designer and approved by the Awarding Authority. 5.3 The Designer shall thoroughly acquaint his employees and consultants with all provisions of the General Laws governing the conduct of public construction projects, including but not limited to M.G.L. c.149, and c.30, and in particular, M.G.L. c.30, 39M, wherein the description of material specifications and proprietary items in construction bid documents is governed. 5.4 Neither the Awarding Authority's review, approval or acceptance of, nor payment for any of the services furnished shall be construed to operate as a waiver of any rights under the AGREEMENT or any cause of action arising out of the performance of the AGREEMENT. 5.5 The Designer shall indemnify, defend, and hold the Awarding Authority harmless from and against any and all claims, demands, liabilities, actions, causes of action, costs and expenses arising out of the Designer s breach of the Agreement or the negligence or misconduct of the Designer or the Designer s agents or employees. ARTICLE 6: DESIGNER SERVICES 6.1 DESIGN AND CONSTRUCTION Phase 1. -Serve as the engineer and owner s project manager for all aspects of planning and implementation of the fiber network to connect the listed locations in the conceptual design. -Work directly with Verizon to submit all required pole applications and manage the process to ensure timely response by Verizon engineering services, propose alternative routes as required. -Work with CCGS/Baypath/FiberTech directly to facilitate connection to Springfield POP and acquisition of Internet Bandwidth provider. -Complete final proposed design based on Verizon engineering. -Completion of all applicable permits as required. -Assistance with technical specifications for procurement bidding of any needed pole attachments, trenching, conduit, fiber install, splicing and termination. The engineer will work with the Town of Longmeadow Purchasing Department to develop bid specifications for fiber optic construction. The Town will facilitate the bidding process. Phase 2. - Construction Documents The Designer shall meet as necessary with the Awarding Authority, and shall prepare and submit to the Awarding Authority on or before the date or time specified in the Notice to Proceed or any supplement thereto, complete working plans and 16

17 specifications in sufficient detail to permit firm bids in open competition for construction of the project, and a detailed cost estimate. Said plans and specifications shall be based on the design development, outline specifications and construction cost estimate approved in the Project. The detailed estimate of the cost of the Project shall include quantities of all materials and unit prices of labor and materials as well as cost estimates for each item of work. Such working plans and specifications and cost estimates shall be subject to the written approval of the Awarding Authority. The Designer shall furnish to the Awarding Authority with said plans, specifications and construction cost estimates. Following the approval of the plans, specifications and construction cost estimates, the Designer shall incorporate all changes required by the Awarding Authority in the working drawings and specifications and shall prepare and transmit to the Awarding Authority one set of Construction Contract Documents for approval. Phase 3. - Bidding Phase Upon written approval of Construction Contract Documents, the Designer shall prepare the final Construction Contract Documents, including advertisements for receipt of proposals for construction contractors, shall assist in distributing the bidding documents to prospective bidders, and shall prepare and transmit all addenda. The Designer shall assist the Awarding Authority in pre-qualifying bidders, shall conduct a pre-bid conference with potential bidders, shall assist in obtaining bids, shall conduct a qualification review of the low bidder and transmit his recommendations as to the award of the construction contract to the Awarding Authority, and shall prepare all notices required to be published in the Central Register. All services shall be in accordance with the requirements of the General Laws relating to public construction projects. All these services shall be coordinated with the Procurement Manager for the Town of Longmeadow. If the bid of the lowest responsible and eligible bidder exceeds the Fixed Limit of Construction Cost, if any, the Awarding Authority shall have the option to (a) give written approval of an increase in such Fixed Limit, (b) re-bid the Contract within a reasonable period of time, or (c) instruct the Designer in writing to provide such revised Construction Contract Documents as the Awarding Authority may require to bring the cost within the Fixed Limit. In the case of (c), the Designer may in connection with such revisions make reasonable adjustments in the scope of the Construction Contract or quality of the work allowed therein subject to the written approval of the Awarding Authority, which approval shall not be unreasonably withheld. The Designer shall not be entitled to any additional compensation for such services. The Designer shall review all construction bids for the purpose of advising the Owner on whether the bids are based upon the payment of the prevailing wage rates established for the project by the Massachusetts Department of Labor and Workforce Development. The Designer shall inform the Owner of any bid which, because of its amount, does not realistically appear to contemplate the actual payment of said prevailing wage rates to laborers to be employed on the project. Phase 4 - Designer's Services During Construction 17

18 Upon the award of the construction contract the Designer and his consultants shall, for the purpose of protecting the Awarding Authority against defects and deficiencies in the work of the Project: (1) be charged with general administration of the construction contract, including review and processing of the General Contractor s applications for payment and change order proposals, preparation of a monetized punch list of remaining work following substantial completion of the project work and subsequent inspection to determine completion of such punch list work, review and processing of the General Contrator s final completion and close out documentation and assistance to the Awarding Authority in the close out process; (2) furnish the General Contractor with information for establishing lines and grades and such large scale drawings and full sized detailed drawings as the Awarding Authority may require; (3) promptly check and approve samples, schedules, shop drawings and other submissions by the General Contractor; (4) make weekly visits or visits to the site as required; (5) conduct semi-final and final inspections of the construction project and report the results of such inspections in writing to the Awarding Authority; (6) require each consultant employed in accordance with ARTICLE 2 above to make visits when necessary, and more often if requested by the Awarding Authority, for the same purposes during the progress of that portion of the said construction to which the consultant's services relate and to report in writing thereon to the Designer; (7) report to the Awarding Authority weekly in writing on the progress of construction including whether or not the contractor is keeping record drawings; (8) recommend rejection of all project work observed by the Designer which fails to conform to the Contract Documents; (9) decide all questions regarding interpretation of or compliance with the Contract Documents, except as the Awarding Authority may in writing otherwise determine; (10) review and act on all requests for change in plans, specifications, or contracts for the Project; and (11) upon written instructions from the Awarding Authority, furnish working plans and specifications for any such change. The Designer shall be familiar with the provisions of the General Laws for payment to contractors and shall submit to the Awarding Authority all requisitions for payment submitted by the general contractor. With respect to each such requisition, he or she shall certify to the best of the Designer's knowledge that the percentage of work included in the requisition is accurate and the work performed conforms to the contract documents. In the event the Designer does not approve the requisition exactly as submitted by the General Contractor, said Designer shall forward it for payment to the Awarding Authority dated but unsigned with an accompanying letter of explanation setting forth objections and recommended changes. The Designer shall coordinate the required weekly visit to the construction site in such a manner to be able to return to his office with the contractor's payment bearing the Designer's approval or letter of exceptions. Timely payments of general contractors is required by General Laws Chapter 30, section 39K; therefore, the Designer shall establish office procedures assuring either immediate mail or messenger delivery of the requisition for payment to the Awarding Authority, and shall process requisition for payment within forty-eight hours of receipt. The Designer shall receive and review, in connection with its review of the Contractor's applications for payment, the weekly payroll records required to be submitted by the Contractor pursuant to G.L. c.149, 27B. Such review shall be for 18

19 the purpose of determining that the amount of wages paid to laborers employed on the project is no less than the applicable prevailing wage rates established for the project by the Massachusetts Department of Labor and Workforce Development. The Designer shall maintain, as part of the project records, one complete copy of all such payroll records, and shall transmit to the Owner, upon completion of the review provided for herein, the original weekly records as submitted by the Contractor. The Designer shall promptly notify the Owner if (1) any payroll records submitted by the Contractor do not represent payment of at least the applicable prevailing wage rates established for the project or (2) the Designer knows or has reason to believe that the weekly payroll records submitted by the Contractor do not accurately represent the wages actually paid to laborers employed on the project and that the Contractor is not paying said laborers at least the amount of said prevailing wage rates. The Designer's responsibility to provide basic services for the construction phase under this agreement commences with the award of the contract for construction and terminates upon the issuance to the Awarding Authority of the final certificate of payment and the Awarding Authority's acceptance of the completed project. The Designer will exercise the utmost care and diligence in discovering and promptly reporting to the Awarding Authority any defects or deficiencies in the work of the General Contractor or any of its subcontractors, or their agents or employees, or any other person performing any of the Work in the construction of the Project. The Designer represents that it will follow the highest professional standards in performing all architectural services under this Agreement. Any defective Designs or Specifications furnished by the Architect will be promptly corrected by the Designer at no cost to the Awarding Authority, and the Designer will promptly reimburse the Awarding Authority for all damages, if any, resulting from the use of such defective Designs or Specifications. The Awarding Authority's approval, acceptance, use of or payment for all or any part of the Designer's services hereunder or of the Project itself shall in no way alter the Designer's obligations or the Awarding Authority's rights hereunder. Phase 5. - Record Drawings, Reports, Calculations Before examining the requisition for final payment submitted to the Awarding Authority by the General Contractor and making any certification in response thereto, the Designer shall obtain from the General Contractor record drawings showing the actual installation of the plumbing, heating, ventilating and electrical work under the construction contract and all variations, if any. The Designer shall ascertain by his review that changes authorized by change orders are shown on the contractor's record drawings and on the applicable original reproducible and shall submit to the Awarding Authority the complete set as revised, which reproducible shall become the property of the Awarding Authority. Two suitably bound legible copies of all original design and quantity calculations including those pertinent to change orders and shop drawings if applicable shall be furnished by the Designer to the Awarding Authority at the conclusion of the construction contract and prior to the expiration of the construction period. 19

20 As-Built Record Drawings shall be furnished to the Awarding Authority by the Designer. ARTICLE 7: DESIGNER'S BASIC FEE 7.1 For the performance of all services required under the terms of this AGREEMENT and excluding those services specified under ARTICLES 8, 9 and 10, the Designer shall be compensated by the Awarding Authority in accordance with the lump sum fee for this project. The fee for this project is a lump sum of $. 7.2 If there is a material change in the scope of services provided in this agreement, the Designer and the Awarding Authority will mutually agree to an adjustment in the Designer's Basic Fee. Delay of one year or more by the Awarding Authority plus a significant change in the estimated construction cost of the project will be considered a material change in scope of services. 7.3 The basic fee shall be paid to the Designer in accordance with Attachment B to this agreement. Billings for services shall be made monthly and shall be in proportion to the amount of work completed. ARTICLE 8: ADDITIONAL COMPENSATION 8.1. With the formal written approval of the Awarding Authority, the Designer shall perform all or any of the following services in addition to the services performed pursuant to ARTICLE 6 above: (1) making measured drawings of existing construction facilities when required for planning additions, or alterations thereto; (2) revising previously approved drawings, specifications or other documents to accomplish changes authorized by the Awarding Authority, and preparation of change orders related thereto; (3) preparing documents for alternate bids requested by the Awarding Authority except alternates prepared by the Designer to adjust the fixed limit construction cost, if any; (4) providing consultation concerning replacement of any work damaged by fire or other cause during construction and furnishing professional services of the type set forth in ARTICLE 6 as may be required in connection with the replacement of such work; (5) providing services after final payment to the contractor; (6) revising working plans and specifications submitted in their final and complete form for which bids were not received within six months after submission; (7) making studies other than those normally required and preparing applications and reports to assist the Awarding Authority in obtaining federal and/or state aid; (8) preparing operating and maintenance manuals; (9) assisting the Awarding Authority in litigation arising out of the construction contract; and (10) performing any other professional services not otherwise required under this Contract. 8.2 For the services provided pursuant to paragraph 1 of this ARTICLE, the Designer shall be compensated by the Awarding Authority at the rates set forth in Attachment B. 20

21 ARTICLE 9: REIMBURSEMENT 9.1 The Designer shall be reimbursed by the Awarding Authority:(a) at one and one tenth (1.1) times the actual cost to the Designer of consultants hired to obtain any data in accordance with ARTICLE 3 above, provided, however, that no reimbursement for such expense shall be made unless the rates of compensation for said consultant services have been approved by the Awarding Authority or its designee, which may approve a lump sum fee; (b) at one and one tenth (1.1) times the actual cost to the Designer of special consultants not specified in ARTICLE 2, and approved by the Awarding Authority or its designee, provided, however, that no reimbursement for such expense shall be made unless the rates of compensation for said consultant services shall have been approved in writing by the Awarding Authority or its designee, which may approve a lump sum fee; (c) the lump sum fee shall be inclusive of all transportation expenses, mileage reimbursement, travel expenses, printing fees, mailing, postage, and other related fees and charges, etc. ARTICLE 10: DESIGN FEES AND RESPONSIBILITY FOR MODIFICATIONS, CHANGE ORDERS 10.1 The Designer shall be compensated in accordance with the rates specified in ARTICLE 8 for the services of its employees or any consultant listed in ARTICLE 2 for services associated with changes and change orders described in ARTICLE 8. The Designer shall not be compensated for any services involved in preparing change orders required to make unit price adjustments due to existing conditions. Changes for which the Designer receives no compensation under this ARTICLE shall be "no fee modifications" or "no fee change orders." The fact that the Designer receives no fee shall not limit the Town's legal remedies regarding such changes. Any services in connection with change orders and change directives which are necessitated by a lack of reasonable clarity, deficiencies or conflicts in the Construction Documents or other errors or omissions of the Designer, or which result from existing conditions encountered in the building which should have been anticipated by the Designer based on reasonable investigation of said building as required herein, shall not qualify as additional services and shall be performed within the scope of Basic Services Payments for modifications or change orders to the Designer shall be made upon completion of the Designer's work under such modifications or change orders. ARTICLE 11: TERMINATION, NO AWARD 11.1 By written notice to the Designer, the Awarding Authority may terminate this contract at any time. If any such termination shall occur without the fault of the Designer, all compensation and reimbursement due to the Designer up to the date of termination, in accordance with all contract terms, shall be paid to the Designer by the Awarding Authority. Such payment shall not exceed the fair value of the work, as the Awarding Authority shall determine. 21

22 11.2 By written notice to the Awarding Authority, the Designer may terminate this contract (1) if the Awarding Authority, within sixty (60) days following written notice from the Designer of any default by the Awarding Authority under the AGREEMENT, shall have failed to remove such default. Upon any such termination by the Designer all compensation and reimbursement payable to the Designer in accordance with the AGREEMENT up to and including the date of termination shall be paid to the Designer by the Awarding Authority. ARTICLE 12: RELEASE AND DISCHARGE 12.1 The acceptance by the Designer of the last payment for services paid under the provisions of ARTICLES 11 and 12 in the event of contract termination shall in each instance operate as and be a release to the Awarding Authority, and every member or agent thereof, from all claims and liability to the Designer for payment on account of services performed or reimbursable expenses incurred under this AGREEMENT, except for those written claims submitted by the Designer to the Awarding Authority with the last payment requisition. ARTICLE 13: NOTICES, APPROVALS, INVOICES 13.1 Any notice required under this contract to be given by the Awarding Authority to the Designer, or by the Designer to the Awarding Authority, shall be deemed to have been so given, whether or not received, if mailed by prepaid postage by, respectively, the Awarding Authority to the Designer at the address specified for the Designer on Page 1, or the Designer to the Awarding Authority Written approval by the Awarding Authority for Extra compensation as provided under ARTICLES 8 and 9, Reimbursements, shall be in the form of a letter issued by the Awarding Authority All invoices may be submitted monthly and subject to contract terms and proper documentation will be promptly processed by the Awarding Authority or returned to the Designer Invoices for services under ARTICLE 6 where such invoices pertain to design services during construction shall also describe the names, payroll titles, and dates of site visits required for construction-phase services Invoices submitted for services which have not been previously authorized in writing shall be returned to the Designer Requests for previously authorized expenses of any nature must be accompanied by a billing or receipt from the source of the expense. ARTICLE 14: INSURANCE 14.1 The Designer shall at his own expense obtain and maintain a Professional Liability Insurance policy for errors, omissions or negligent acts arising out of the performance of this AGREEMENT in a minimum amount of $1,000, aggregate. 22

23 14.2 The coverage shall be in force from the time of the agreement to the date when all construction work designed under the contract is completed and accepted by the Awarding Authority. If, however, the policy is a claims made policy, it shall remain in force for a period of six (6) years after substantial completion. Since this insurance is normally written on a year-to-year basis, the Designer shall notify the Awarding Authority should coverage become unavailable The Designer shall, before commencing performance of this contract, provide by insurance for the payment of compensation and the furnishing of other benefits in accordance with M.G.L. c.152, as amended, to all employed under the contract and shall continue such insurance in full force and effect during the term of the contract. The Designer shall also maintain broad form public liability insurance to protect against damage or injury to persons or property The Designer shall carry insurance in a sufficient amount to assure the restoration of any plans, drawings, computations, field notes or other similar data relating to the work covered by this contract in event of loss or destruction until the final fee payment is made or all data are turned over to the Awarding Authority Certificates and any and all renewals substantiating that required insurance coverage is in effect shall be filed with the Agreement. Any cancellation of insurance whether by the insurers or by the insured shall not be valid unless written notice thereof is given by the party proposing cancellation to the other party and to the Town at least fifteen days prior to the intended effective date thereof, which date should be expressed in said notice Upon request of the Designer, the Awarding Authority reserves the right to modify any conditions of this Article. ARTICLE 15: SUPPLEMENTAL CONTRACT DATA; LEGAL REQUIREMENTS 15.1 The Designer hereby certifies: (i) (ii) (iii) (iv) if an individual, the individual is a registered architect; if a partnership, a majority of all the partners are persons who are registered architects; if a corporation, sole proprietorship, joint stock company or other entity, the majority of the directors or a majority of the stock ownership and the chief executive officer are persons who are registered architects, and the person to have the project in his or her charge is a registered architect; if a joint venture, each joint venturer satisfies the requirements of this section. (Statutory reference: M.G.L. c.7, 38A½) 15.2 The Designer hereby certifies that it has not given, offered or agreed to give any person, corporation or other entity any gift, contribution or offer of employment as 23

ARCHITECTURAL/DESIGN SERVICES LAKEVILLE POLICE STATION BUILDING PROJECT LAKEVILLE, MASSACHUSETTS

ARCHITECTURAL/DESIGN SERVICES LAKEVILLE POLICE STATION BUILDING PROJECT LAKEVILLE, MASSACHUSETTS TOWN OF LAKEVILLE REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL/DESIGN SERVICES FOR THE LAKEVILLE POLICE STATION BUILDING PROJECT LAKEVILLE, MASSACHUSETTS Proposals Due: 11/30/16 @ 2:00 PM Late Proposals

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017)

STATE OF VERMONT STANDARD FORM. GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) STATE OF VERMONT STANDARD FORM GENERAL CONDITIONS FOR F P R DESIGN BUILD CONTRACTS (March 2017) The following general conditions are for use with DESIGN BUILD construction contracts with the State of Vermont,

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006 REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES April 18, 2006 Sealed Statement of Qualification documents must be received no later than Noon on Monday, May 1, 2006, at the

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

More information

CONSULTANT S AGREEMENT

CONSULTANT S AGREEMENT CONSULTANT S AGREEMENT Project No.: This Agreement made as of XXXXX by and between the State University Construction Fund, having its principal office and place of business at The State University Plaza,

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

NATOMAS UNIFIED SCHOOL DISTRICT CONTRACT FOR ARCHITECTURAL SERVICES FOR ( )

NATOMAS UNIFIED SCHOOL DISTRICT CONTRACT FOR ARCHITECTURAL SERVICES FOR ( ) NATOMAS UNIFIED SCHOOL DISTRICT CONTRACT FOR ARCHITECTURAL SERVICES FOR ( ) THIS AGREEMENT is entered into this day of, 2014, between the, NATOMAS UNIFIED SCHOOL DISTRICT of the County of Sacramento, California,

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER Project Name: Continuing Services Architect/Engineer: July 2012 Edition AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This Agreement ( Agreement ) is made

More information

{Company.Name} {ToContact.DisplayAddress} {Projects.Name}

{Company.Name} {ToContact.DisplayAddress} {Projects.Name} ARCHITECT/ENGINEER AGREEMENT This Architect/Engineer Agreement ( Agreement or Contract ) is entered into effective as of day of, 2014 ( Effective Date ), by and between the Houston Independent School District,

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER Project: BT Project Name: Architect/Engineer: July 2012 Edition AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This Agreement ( Agreement ) is made this day

More information

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser Document C132 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Adviser AGREEMENT made as of the 14th day of July in the year 2014 (In words, indicate day, month and year.) BETWEEN

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

NORTHEASTERN UNIVERSITY AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER. AGREEMENT made as of the day of in the Year of.

NORTHEASTERN UNIVERSITY AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER. AGREEMENT made as of the day of in the Year of. NORTHEASTERN UNIVERSITY AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER AGREEMENT made as of the day of in the Year of. Between the Owner: Northeastern University 360 Huntington Avenue Boston, Massachusetts

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES SILVER FALLS SCHOOL DISTRICT REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES DEADLINE FOR RECEIPT OF RFP: TO BE OPENED BY: May 1, 2016 at 3:00 p.m. Superintendent Andy Bellando Silver Falls School District

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project Document B108 2009 Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

Any questions regarding this RFP should be ed to John Peters

Any questions regarding this RFP should be  ed to John Peters NORTH COUNTRY SUPERVISORY UNION REQUEST FOR PROPOSALS Installation of Fiber Optic Backbone Cable Proposals must be received no later than 3:00pm June 17, 2015 North Country Supervisory Union Attn: John

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS)

AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS) BUSINESS AFFAIRS PLANNING DESIGN & CONSTRUCTION AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS) THIS AGREEMENT BETWEEN OWNER AND PROFESSIONAL FOR ANNUAL SERVICES (the

More information

Standard Form of Agreement between Owner and Construction Manager

Standard Form of Agreement between Owner and Construction Manager Standard Form of Agreement between Owner and Construction Manager Agreement made as of the day of in the year 20 Between the Owner: Town of Warwick 132 Kings Highway Warwick, New York 10990 and the Construction

More information

Black Hawk County Engineer

Black Hawk County Engineer Black Hawk County Engineer 316 E. 5 th Street Room 211 Waterloo, Iowa 50703 Phone: 319-833-3008 Fax: 319-833-3139 Email: engineer@co.black-hawk.ia.us Website: www.co.black-hawk.ia.us The mission of the

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

Attachment I GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION

Attachment I GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION GENERAL CONDITIONS Attachment I GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION These General Conditions, the Supplementary Conditions and Special or other Conditions made part of this specifications

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

More information

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES INTRODUCTION The urban forest of Menlo Park is composed of trees growing along streets, in parks and on private property. The sustainability of

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

The City of Waltham. Invites Interested Parties To propose the best qualifications and price For the service or product herewith described:

The City of Waltham. Invites Interested Parties To propose the best qualifications and price For the service or product herewith described: The City of Waltham Invites Interested Parties To propose the best qualifications and price For the service or product herewith described: Education Consultant to Evaluate Six (6) Elementary Schools and

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT ATTACHMENT A AIA DOCUMENT B141 1987 EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT Winston-Salem/Forsyth County Board of Education June 15-2015 Revised Edition for Project: Architect: Amendments,

More information

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services Request for Qualifications (RFQ #704-18) To Establish a Hybrid Law Enforcement Model Consulting & Support Services Posted on website (http://www.publicpurchase.com/gems/cityoflancaster,ca/buyer/public/home):

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

REQUEST FOR PROPOSALS RFP#75-18

REQUEST FOR PROPOSALS RFP#75-18 REQUEST FOR PROPOSALS RFP#75-18 Sealed proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins

More information

Vermont Agency of Natural Resources Department of Environmental Conservation Laboratory Services Division. Request for Proposal

Vermont Agency of Natural Resources Department of Environmental Conservation Laboratory Services Division. Request for Proposal Vermont Agency of Natural Resources Department of Environmental Conservation Laboratory Services Division Request for Proposal Technical Support Services for Laboratory Information Management System March

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District This Agreement and Lease is entered into this 12th day of March 2015 between the Napa Valley Community

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information